request for proposal - bidnet date released: november 3, 2015 . mandatory pre-proposal meeting:...

49
Rev. 11/3/2015 10:53 AM CITY OF LOS ANGELES REQUEST FOR PROPOSALS ASSET MANAGEMENT SYSTEM Release Date November 3, 2015 RFP Administrator Amy Benson General Services Department Real Estate Services Division (213) 922-8544 [email protected]

Upload: others

Post on 18-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Rev. 11/3/2015 10:53 AM

CITY OF LOS ANGELES REQUEST FOR PROPOSALS

ASSET MANAGEMENT SYSTEM

Release Date November 3, 2015

RFP Administrator

Amy Benson General Services Department Real Estate Services Division

(213) 922-8544 [email protected]

Page 2: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

TITLE: Asset Management System DESCRIPTION: The City of Los Angeles, by and through its

Department of General Services is seeking to procure an Asset Management System for the management of its real estate portfolio, assets, projects, maintenance, space planning and other related information.

PRELIMINARY TIMETABLE AS FOLLOWS DATE RELEASED: November 3, 2015

MANDATORY PRE-PROPOSAL MEETING:

Tuesday, November 17, 2015 , 1 p.m. City Hall South Conference Room First Floor 111 E. 1st Street Los Angeles, CA 90012 RSVP to Amy Benson [email protected]

BUSINESS INCLUSION OUTREACH PROGRAM DEADLINE: December 2, 2015, by 11:59 p.m. QUESTIONS/TECHNICAL ASSISTANCE: Requests should be submitted by email

no later than November 25, 2015 at 12:00 p.m. (Pacific Time) [email protected]

DEADLINE FOR SUBMITTING PROPOSAL: Thursday, December 17, 2015

4:00 p.m. (Pacific Time)

PROPOSAL DELIVERY ADDRESS:

Attention: Amy Benson Contract Administrator Department of General Services 111 E. First Street, Suite 201 Los Angeles, California 90012 (213) 922-8544

Page 3: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

3

TABLE OF CONTENTS

TABLE OF CONTENTS ............................................................................................................. 3

1.0 INTRODUCTION AND PROJECT OVERVIEW.............................................................. 6

1.1 Department of General Services Overview .......................................................................... 6

1.2 Project Overview (Project) ................................................................................................... 6

1.3 Administrative Entity ............................................................................................................ 7

2.0 SCOPE OF SERVICES .......................................................................................................... 8

2.1 Asset Management System Requirements Overview ........................................................... 8

2.2 Business Requirements ......................................................................................................... 8

2.3 Technical Requirements........................................................................................................ 8

2.4 Functional Requirements ...................................................................................................... 9

2.5 System Compatibility Requirements .................................................................................. 10

2.6 Reporting and Monitoring................................................................................................... 11

2.7 Additional Reports and Services ......................................................................................... 11

2.8 One-time and Recurring Costs ............................................................................................ 11

3.0 SYSTEM MODULES ........................................................................................................... 12

3.1 Mandatory Business Modules ............................................................................................. 12

3.2 Secondary Modules and Add-ons ....................................................................................... 13

3.3 Interface / Integration Requirements .................................................................................. 15

3.4 Data Migration Requirements ............................................................................................. 18

3.5 Needs Analysis.................................................................................................................... 19

3.6 Implementation ................................................................................................................... 19

3.7 Project Plan ......................................................................................................................... 19

4.0 HOSTING .............................................................................................................................. 20

4.1 City Hosting ........................................................................................................................ 20

4.2 Third Party Hosting............................................................................................................. 20

5.0 REDUNDANCY/STABILITY/SUPPORT/UPDATES ..................................................... 20

5.1 City Hosting ........................................................................................................................ 20

5.2 Third Party Hosting............................................................................................................. 20

5.3 Technical Support (City Hosting & Third Party Hosting) .................................................. 21

6.0 SYSTEM DOCUMENTATION .......................................................................................... 22

Page 4: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

4

7.0 TRAINING............................................................................................................................. 23

8.0 GENERAL PROPOSAL CONDITIONS........................................................................... 24

8.1 Los Angeles Business Assistance Virtual Network (LABAVN) ....................................... 24

8.2 Declaration of Non-Collusion ............................................................................................. 24

8.3 Business Inclusion Program (BIP) Requirements ............................................................... 24

8.4 Non-Discrimination/Equal Employment/Affirmative Action Plan .................................... 25

8.5 Child Support Obligations Compliance Form .................................................................... 26

8.6 Living Wage Ordinance and Service Contractor Worker Retention Ordinance................. 26

8.7 Equal Benefits Ordinance ................................................................................................... 27

8.8 City’s Insurance Requirements ........................................................................................... 27

8.9 Standard Provisions for City Contracts (Rev. 3/09) ........................................................... 27

8.10 Indemnification – PSC 20 ................................................................................................. 28

8.11 Intellectual Property Indemnification – PSC 21 ............................................................... 28

8.12 Contractor Responsibility Ordinance ................................................................................ 28

8.13 Americans with Disabilities Act ........................................................................................ 29

8.14 Slavery Disclosure Ordinance ........................................................................................... 29

8.15 City Contracts Held Within the Past Ten Years ............................................................... 29

8.16 Proposer Workforce Information ...................................................................................... 29

8.17 City Ethics Certification and Contributions ...................................................................... 30

8.18 Business Tax Registration Certificate ............................................................................... 30

8.19 Contractor Evaluation Program ........................................................................................ 31

8.20 Local Business Preference Program ................................................................................. 31

8.21 Iran Contracting Act of 2010 ............................................................................................ 31

8.22 First Source Hiring Ordinance .......................................................................................... 31

9.0 DEADLINE FOR SUBMISSION OF PROPOSAL........................................................... 33

9.1 Anticipated Project Timeline .............................................................................................. 33

10.0 EVALUATION PROCESS AND CRITERIA ................................................................. 34

10.1 Evaluation of Proposals .................................................................................................... 34

10.2 Proposal Protest ................................................................................................................ 35

10.3 Award of Contract............................................................................................................. 35

11.0 PROPOSAL SUBMISSION REQUIREMENTS ............................................................. 36

11.1 Proposals to be submitted in writing ................................................................................. 36

11.2 Cover Letter ...................................................................................................................... 37

11.3 Table of Contents .............................................................................................................. 37

Page 5: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

5

11.4 Executive Summary .......................................................................................................... 37

11.5 Proposer Qualifications and Profile .................................................................................. 38

11.6 Financial Condition ........................................................................................................... 38

11.7 Experience Implementing AMS ....................................................................................... 38

11.8 References ......................................................................................................................... 39

11.9 Proposed Training Courses and Curriculum ..................................................................... 39

11.10 Proposed Warranties, Maintenance and Support Services ............................................. 39

11.11 Cost Proposal .................................................................................................................. 39

11.11.1 City Hosting ................................................................................................................. 40

11.11.2 Third-party Hosting .............................................................................................. 40

11.12 Cost Proposal Assumptions ............................................................................................ 40

11.13 Implementation Plan ....................................................................................................... 40

11.14 Project Plan ..................................................................................................................... 41

11.15 System Documentation ................................................................................................... 41

11.16 Key Personnel ................................................................................................................. 41

11.17 Additional Information ................................................................................................... 42

11.18 Required City Documents ............................................................................................... 42

12.0 CONFIDENTIALITY AND RESTRICTIONS DISCLOSURE .................................... 43

12.1 Confidentiality and Restrictions on Disclosure ................................................................ 43

12.2 Document Control Procedure ........................................................................................... 44

13.0 GENERAL PROPOSAL CONDITIONS ........................................................................ 45

13.1 Transfers, Joint Ventures and Use of Subcontractors ....................................................... 46

13.2 Information Requested and Not Furnished ....................................................................... 46

13.3 Alternatives ....................................................................................................................... 46

13.4 Proposal Errors.................................................................................................................. 46

13.5 Interpretation and Clarifications ....................................................................................... 46

13.6 Cost of RFP ....................................................................................................................... 46

13.7 Must Contain Firm Offers ................................................................................................. 47

13.8 Withdrawal of Proposal .................................................................................................... 47

13.9 No Obligation Created ...................................................................................................... 47

APPENDICES ............................................................................................................................. 48

EXHIBITS ................................................................................................................................... 49

Page 6: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

6

1.0 INTRODUCTION AND PROJECT OVERVIEW 1.1 Department of General Services Overview The City of Los Angeles Department of General Services (GSD) supports City departments in the delivery of services to residents. GSD’s core services include real estate services, building maintenance, construction forces, and custodial services. GSD operates and maintains offices, municipal buildings, libraries, parking lots, yards, fire and police stations and other locations where City employees deliver services to the public. GSD is comprised of 14 divisions including Real Estate Services, Building Maintenance and Construction Forces. GSD’s Real Estate Services Division (RESD) acquires, leases and purchases property to house City departments and agencies and manages City property. The Building Maintenance Division (BMD) of GSD is responsible for the maintenance, operation and repair of 850+ owned or leased buildings occupied by various departments throughout the City’s 465 square miles. The Construction Forces Division (CFD) is responsible for alterations and improvements of City buildings, relocations, and earthquake hazard reduction work on various unreinforced masonry buildings. The work performed by CFD may include the elimination of health and safety hazards, reduction of security risks, elimination of physical barriers to the disabled, office remodeling for City departments and elected officials, and general office modernization.

1.2 Project Overview (Project) GSD seeks to procure and implement an Asset Management System (AMS) which can be done in phases. Modules for the AMS, also referred to as an Integrated Work Management System (IWMS), may include real estate and property management, building maintenance and operations, space planning management, asset management, environmental and risk management, move management, capital planning, workplace services, contract management, and customer request. The AMS must provide functionality, queries and reports across these modules. The system should be a state of the art commercial off-the-shelf (COTS) multi-function open-architecture Asset Management System (AMS) that provides self-service capabilities. The system must have high functionality, multiple features, and data elements to enable GSD to manage assets in a timely and efficient manner. GSD manages over 298 acres or 13 million square feet of real property. They also manage approximately 214 acres of surplus or vacant property. GSD currently manages its real estate properties through multiple Excel sheets and Access databases which are decentralized. These databases are maintained independently by multiple users within RESD and the information regarding the real estate properties are inaccessible to other City departments and constituents. GSD supports a number of clients including, but not limited to, the Mayor, the Los Angeles City Council, the Office of the City Administrative Officer (CAO), Bureau of Engineering (BOE) and Economic, Workforce Development Department (EWDD), Los Angeles Police Department, Los Angeles Fire Department, Library Department, and the Information Technology Agency.

Page 7: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

7

1.3 Administrative Entity The City, through GSD, shall oversee and facilitate the procurement process for this Request For Proposal (RFP). GSD has the right to amend the RFP by written addendum and such addendum shall be made available to registered users on the Los Angeles Business Assistance Virtual Network (LABAVN). Such addendum may require additional information not originally contained in the RFP. Failure to address the requirements of such addendum may result in the Proposal not being considered. This determination shall be made at the City’s sole discretion which shall not be bound by any representations otherwise.

Questions regarding this RFP should be directed to the staff member administering the procurement in GSD. If it is discovered that a Proposer contacted and/or received information from City personnel, other than the person administrating the RFP, the City at its sole discretion, may disqualify the Proposer’s Proposal from further consideration. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 8: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

8

2.0 SCOPE OF SERVICES

The purpose of this project is to implement an AMS, which can be done in phases, through various modules to enable the City to efficiently manage its overall assets. This includes modules for real estate and property management, building maintenance and operations, space planning management, asset management, environmental and risk management, move management, capital planning, workplace services, contract management, and customer request. This section outlines the system requirements, the mandatory modules, secondary modules, and add-ons for this project.

2.1 Asset Management System Requirements Overview

Proposer is expected to describe how the proposed system meets the City’s needs. This includes Business Requirements, Technical Requirements and Functional Requirements. The description below is illustrative only. Comprehensive system requirements can be found in Exhibit 1– AMS System Requirements.

2.2 Business Requirements

The proposed system must be an Integrated Workplace Management System that:

1) Offers self-service capabilities to City users (internal and external);

2) Allows information sharing between multiple City departments with a single source of truth; and,

3) Provides a number of pre-designed reports that can be tailored for specific clients.

2.3 Technical Requirements The system should be operating system, browser, database, and application server neutral. The proposed system must be compliant with the City’s current information technology infrastructure requirements and provide an open architecture that allows for adaptation and scalability over time as the City’s IT infrastructure evolves. The system shall:

1) Enable the management and standardization of data to ensure data integrity;

2) Provide clear and accessible system documentation and high quality support services;

3) Provide role-based user security, application security, and security logging and auditing capabilities;

4) Be configurable without the need for source code modification. (e.g., user defined fields, ability to change label names, an integrated reporting tool, front

Page 9: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

9

end screen configured for each user depending on their system defined role);

5) Be application server independent and run on any J2EE or .NET compatible application servers; and,

6) Be designed so business layer, data layer, and presentation layer are separate.

2.4 Functional Requirements The proposed system must provide functionality that will ensure ease of use, data entry, and smooth navigability between modules. The system shall:

1) Provide a user-friendly web-based design function to generate, view and export user-defined queries and reports available within system;

2) Allow for storage of scanned documents, Autocad drawings, and URLs; 3) Automate work-flows;

4) Provide flexibility to store, retrieve, and report on various data fields through

configuration of the system and through availability of User Defined Fields; and, 5) Provide for expandability and flexibility to add various modules as needed.

Proposer must describe the tools available to the System Administrator to configure the system without modifying the existing code or hiring additional developers. Hardware Please describe the recommended

hardware/software requirements for the proposed system.

Database The proposed system shall be database independent and must support multiple relational databases using native database drivers. Please furnish a list of the relational databases that the proposed system natively supports.

System Security System security shall allow for Single Sign On (SSO) / Lightweight Directory Access Protocol (LDAP) integration

Please provide responses to the following questions in your response (See Section 11.0):

1. Does the proposed system provide the ability to expose and consume web services?

2. Does the proposed system provide ad-hoc reporting? 3. Does the proposed system provide the ability to interface with external databases

Page 10: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

10

for the execution of queries, data extraction and/or reporting? 4. Does the proposed system provide the flexibility to utilize other graphical front

ends linked to the core product? 5. Does the proposed system provide for various levels of information access based

on system defined user roles (e.g., read only users vs. read/write authorized users)?

6. Is the proposed system fully web-based? 7. Is the proposed system browser independent? 8. Does the proposed system run in a virtualized environment or does it require

physical servers to run? 9. Does the proposed system support the viewing of architectural and engineering

drawings/documents without the need for any plug-ins or controllers of any kind? 10. Does the proposed system support at a minimum the following databases?

Microsoft SQL Sever Oracle

2.5 System Compatibility Requirements The proposed system must be compatible with the following City tools. Please indicate if the proposed system is compatible with these tools. (See Exhibit 4) If not, please explain work around options. If other products, such as open-source tools/components are utilized within the proposed system, a detailed list of the products/components, description and cost must be provided. (See and complete Exhibit 4)

Computed Aided Design AutoCAD version 2010

Crystal Enterprise Version 2010

SQL Version 2012

ORACLE Version 10 or 11

IIS Version 8.0

Windows 7 and 10

Real Simple Syndication (RSS) System must be able to publish and consume RSS Feeds. The estimated number of users subscribing to the RSS feeds is 250 with an estimated 25 concurrent users. Proposer must state the number of posts per feed and the average size of each post.

ESRI – GIS Mapping Bi-directional consumption and/or distribution of information. Describe how an ESRI GIS system is utilized in the proposed system.

Page 11: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

11

Standard Browsers Available via any standard browser, such as Microsoft Internet Explorer, Apple Safari, Google Chrome and Firefox

2.6 Reporting and Monitoring Proposer should outline the reporting capability of the proposed system and state if it is native to the application or an add-on tool. Proposer must provide specific detail about the types of reports that can be generated and a list of the standard reports available for each of the Mandatory and Secondary modules described herein. Proposer should outline the auditing features of the system and the types of audit reports that can be generated, (i.e. data requests, security log reports, etc.). 2.7 Additional Reports and Services There are additional reports that the City may want to request and in some instances, it may be necessary to conduct business process analysis to identify the correct source for the information needed. In some cases, it may be multiple sources that may require consulting services to extract, transform and load (ETL) the data to the AMS. The vendor shall furnish source files for all reports and shall declare its willingness to provide them. Provide hourly rates for services that may be requested or identified as required. (See Exhibit 2-Related Reports, for a list of reports the City may choose to request.)

2.8 One-time and Recurring Costs Proposer shall provide cost breakdowns for any and all elements of this Proposal, including but not limited to hardware and/or software licensing fees, extended warranty offerings, support staff, and additional software modifications. Also include costs for any and all recurring fees. Exhibit 3 - Compensation Worksheet, is to be completed and submitted as part of the Proposal.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 12: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

12

3.0 SYSTEM MODULES

3.1 Mandatory Business Modules The City has identified 5 MANDATORY modules that the system must offer. Below please find the list of the modules and the desired functionality for each module.

Module Overview Key Functionality

Real Estate Portfolio Management

Tracking, analysis and forecasting of a real estate portfolio’s financial performance which must include the tracking of encumbrances such as MICLA related funding. Supports the lease, cost and invoice administration processes. Integration or interface with a Geographical Information System (GIS) to graphically show property locations on map.

Portfolio performance Management Track information of: 1. Owned and leased property. 2. Leasing invoice and

statements. 3. All documents related to

property portfolio (including AutoCAD drawings, PDFs, maps, etc.)

4. GIS for bi-directional consumption of information.

Building Operations and Maintenance

Scheduling, dispatch, management and reporting related to reactive and preventative maintenance work orders.

Materials management (SMS), Labor tracking (E-Time), Contract and contractor, Reactive work dispatching, Estimating (time and budget), Invoicing for Chargebacks, Preventative maintenance scheduling and dispatching, Construction project management Equipment management which must include full life-cycle management. Deadline tracking of: • Routine/preventative

maintenance work orders. • Emergency work orders. • Equipment end-of-life cycles.

Page 13: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

13

3.2 Secondary Modules and Add-ons The City plans to develop a robust system and looks to incorporate the following SECONDARY modules and add-ons in a phased approach. Proposer must outline the costs for each module listed below.

Modules/Add-ons Overview Key Functionality

Move Management Track available space for the purpose of “what-if” scenarios to accommodate requested moves.

Identify vacant, available space. Provide what-if analysis for move planning.

Capital Project Management

Planning and budgeting for capital projects.

Budget, schedule and planned to actual expenditures tracking, labor cost tracking, project burn rate.

Space Planning and Management

Planning, measurement, and optimization of facility utilization and occupancy management. Provides chargeback tools for used space.

Utilize/consume AutoCAD, tenant information, usage types, departments/agencies housed, vacant and common areas.

Asset Management

Tracking of physical asset (i.e., furniture, equipment, and telecommunications) data, which is used to increase asset utilization and to facilitate asset repair, acquisition and dispositions decisions.

Store information on facility assets, warranty information, track and run reports on asset usage, inventory and related costs.

Environmental and Risk Management

Environmental sustainability, energy management, waste management, emergency preparedness, compliance management, and environmental health and safety management.

Utilities tracking (i.e., water, electricity and gas). Tracking of carbon emissions. Store emergency plans and information, store and track health and safety compliance requirements to ensure safe work environments.

Page 14: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

14

Workplace Services Shared space reservations. (i.e. conference rooms)

Self-help reservation function to view availability and allow reservation through an approval process.

Contract Administration In addition to information on contract management described in Building Operations and Maintenance above, track various types of contracts related to capital projects and various personal services contracts (i.e., property management, appraisals, title reports, space planners).

Track and store information on contract terms and provisions, limits, services provided; track and report on budget, related work orders, funding source, and account numbers.

Customer Request module for tenants to submit service requests

Allow authorized users (internal and external) to submit service requests.

Self-help service request function that auto generates work orders and routes to appropriate supervisor/manager for approval. If approved, allow scheduling and routing to assigned staff.

Mobile Computing for Building Operations and Maintenance (Add-on)

Dispatch of work orders:

1. Preventative Maintenance

2. Emergency repairs 3. Special requests

Work orders and job assignments sent to field staff via mobile device(s).

Expanded Accounting Features (Add-on)

Generate billing for leases and work orders, if applicable. Generate invoice payment for payable leases based on lease agreements.

Tenant billing for leases and work orders. Invoice payment for payable leases.

Page 15: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

15

3.3 Interface / Integration Requirements An interface is the means by which the Proposed AMS will communicate information with other systems, such as Google Mail (the City’s email application). All interfaces must have necessary permissions, security testing and technical support. Integration is when two or more products work closely together to combine different functionalities into the AMS and the data is maintained in this one location. The City has several systems, databases and applications in place for which an interface or an integration will be necessary. These must be carefully designed and implemented. Describe in your Proposal any experience with designing and implementing interfaces or integrating systems with your proposed AMS. Also, include your plan to accomplish the required interface or integration with the applications listed below.

Non- City Application/System Description/Website

Google Mail LAGEECS email and calendar system

LA County Assessor’s Database Los Angeles County Office of the Assessor, Property Assessment Information. http://maps.assessor.lacounty.gov/

Google Maps WegoWise Third party external application used to

aggregate utility meter data and to provide trending information, reports, and online viewing. (WegoWise is built on Representational State Transfer (REST) and all responses are returned through JavaScript Object Notation. There are 3 API endpoint categories: 1. Public, 2. Private and 3. Endpoints. For more information, please go to https://www.wegowise.com/

Page 16: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

16

City Application/System Description/Website

City Clerk – Council File Management System and Contracts Search

Interface with the City Clerk’s system to retrieve pertinent documents associated with a property/asset. http://cityclerk.lacity.org/lacityclerkconnect

E-Time GSD’s custom time and attendance system. The backend database is Oracle.

ZIMAS City’s Zone Information and Map Access System developed for the Department of City Planning on a GIS system developed by ESRI http://zimas.lacity.org/

NavigateLA Custom application built for the City’s Bureau of Engineering. NavigateLA is built on an ESRI Javascript API with the data residing in an ESRI file geodatabase format, SQL Server format and raster imagery. Components of the application are also written in Coldfusion. Generally integrating data into NavigateLA is not difficult with two general strategies used by most. One is to create a geographic dataset as a shape file, ESRI file format or other spatial database where we would get a copy regularly or connect to directly then display as a layer in NavigateLA. The other is to create a non-spatial database with a key field that could be linked to spatial features in NavigateLA by parcel identification number (PIN), address or APN. NavigateLA can consume map services or feature services so that is also an option for displaying data and gets around difficulties connecting to servers in other departments. http://navigatela.lacity.org/navigatela/

Page 17: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

17

City Application/System – cont. Description/Website – cont.

LUPAMS Land Use Planning and Management System (LUPAMS which uses Style Sheets, JavaScript and a backend Database) was developed for the Department of City Planning.

AutoCAD Extract or utilize AutoCAD data for: Space planning purposes, and maintenance and repair.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 18: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

18

3.4 Data Migration Requirements The following applications will be replaced due to the transition to a comprehensive asset management system. Therefore, migration of existing information may be required. Describe in the Proposal the methodology to migrate the data to the proposed system. Proposer must outline the costs to accomplish this task in the cost Proposal.

FM1J – CMMS System

GSD’s BMD utilizes an outdated and unsupported Computerized Maintenance Management System (CMMS). The current CMMS is called FM1J and is an Oracle based system that is used to do the following: 1) issue work orders, 2) track labor and 3) track materials costs. Historical information for over 1,000 buildings is maintained in this system and needs to be migrated to the Building and Maintenance module in the proposed AMS. LIS – Leasing Information System GSD’s RESD utilizes a Microsoft Access database to track lease information, run lease summary reports, and generate invoices for receivable leases and payment documents for payable leases. Information from this system needs to be migrated to the Leasing module in the proposed AMS. Property Valuation Online System (PVOS) for Risk Management The City’s Risk Management Division utilizes a Microsoft Access database to track property valuation information which includes photo, documents and notes. Information from this system may need to be migrated to the proposed AMS.

Page 19: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

19

3.5 Needs Analysis The selected Proposer will be expected to conduct a needs analysis to determine the City’s detailed customer requirements and functionality and process the information gathered to develop a configuration that meets the City’s criteria. The Proposer must describe the methodology it will utilize to conduct the needs analysis and the anticipated number of hours to complete the needs analysis.

3.6 Implementation Proposer must outline in detail the process to implement the proposed system, including but not limited to, the installation process, the testing process, the interface and integration processes and the amount of time and resources needed to make this process as seamless as possible. Describe the process in detail and identify the tasks that must be completed by the City for the implementation. Also, describe the staff and recommended staffing levels that the City will need to provide for this phase. The Proposer shall provide all software, and accessories necessary to implement the proposed system to ensure full functionality as contained in this RFP and subsequent system documentation. Proposer shall also provide the hardware specification to support the proposed AMS. Proposer has sole responsibility for integration of, or interoperation with, all supplied components with the City supplied elements, although the City will assist in coordinating the process. The proposed system must include an online “Help File.” The vendor shall declare if the proposed system meets this requirement. Throughout the implementation, on a module by module basis, the application’s Quality Assurance (QA) process must be documented and provided along with sample results from a typical QA run. A full system QA run is to be done as the final step prior to production implementation and must be documented as noted above.

3.7 Project Plan The complexity and timeframe for completing the Project, (as defined in Section 1.2), will require a significant amount of oversight and project management. The selected Proposer must designate a dedicated project manager and project team to work with the City (on-site as required) to aid City with a seamless transition to the new system. The Proposal must describe the proposed project plan and the costs associated with the plan.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 20: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

20

4.0 HOSTING 4.1 City Hosting

The City intends to host this application in house in a virtualized environment using VM Ware. However, the City will consider off-site hosting services if the services meet the business needs of the City and are cost effective. (See Third Party Hosting below.) Please describe the hardware/software requirements of the proposed system that will be required for the City to host the application.

4.2 Third Party Hosting Please describe the proposed third-party hosting solution and the requirements for implementing the proposed solution. The requirements described must be comprehensive and should include a schedule for implementation and roll-out to production. Please be specific on the City’s responsibilities and the responsibilities of the third-party hosting company.

5.0 REDUNDANCY/STABILITY/SUPPORT/UPDATES

5.1 City Hosting Please provide a full description of what is needed to accomplish the following:

1. Server and database setup (requirements/specifications for hardware/software); 2. Redundancy for hardware & software (e.g., failover requirements); 3. Stability requirements (e.g., any restrictions on O/S updates, browser updates,

etc.); 4. Internal staff and vendor support requirements – Please describe responsibilities

and duties for both City staff and AMS vendor; and, 5. Frequency of AMS updates and any requirements associated with the AMS

updates (e.g., O/S level required, browser version, DB patch level, etc.).

5.2 Third Party Hosting Please provide a full description of how the Third Party Hosting Company will accomplish, at minimum, the following:

1. AMS availability; i) Frequency of updates (e.g., O/S, Network/Security, DB updates, etc.) and any

requirements associated with updates with which the City must comply (e.g., browser); and

ii) Expected downtime, if any.

Page 21: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

21

2. AMS reliability requirements; and, 3. AMS recoverability.

NOTE: If the City chooses this option, all hosting services are to be agreed upon through a negotiated Service Level Agreement (SLA).

5.3 Technical Support (City Hosting & Third Party Hosting) Proposal must provide a description of the various levels of technical and system support services offered including but not limited to: Telephone support On-site support Virtual support

In the description of each level of support, include the following: The hours of operation Technician qualifications Method of providing support

Costs associated with these support services, along with location of technical support staff, and procedures for obtaining support should also be included. All other terms and pricing of support services and applicable warranties offered by Proposer should be clearly set forth in the Proposal. In order to support Technical and Maintenance Support Services, Post Implementation, and Warranty requirement, the Proposer shall:

1. Describe the Help Desk services available by telephone for ITA, the System Administrator and other users.

2. Describe the method and procedures for escalating service problems, issues, or failed commitments for maintenance of the system. Define the roles and responsibilities of the escalation reporting structure.

3. Describe your policy/process for updating, applying service patches, fixing bugs to the system when new releases of support software become available.

4. What level of support is provided to the City during implementation and “going-live” and for how long?

Please provide a separate itemized list of the above for a City Hosted application and for any Third Party Hosted application options submitted with this Proposal.

Page 22: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

22

6.0 SYSTEM DOCUMENTATION The proposed system must include complete system documentation. Proposers shall describe the documentation provided with the proposed system and furnish samples as part of their Proposal. Proposers are required to provide at least, but not limited to, the following in both hard copy and electronic form documentation (indexed PDF or Microsoft Office suite):

1. Training and Operations – Site-specific user training and operations manuals.

2. Service and Maintenance – Site-specific service and maintenance manuals.

3. Troubleshooting Guides. 4. Any other document relevant to the initial troubleshooting and

maintenance of the system. 5. Detailed test plans and procedures. 6. Software code (for non-standard product developed specifically for this

project). 7. Software, configuration files, Application Programmer Interfaces (API) and

Licenses. 8. Project Plan.

Proposer shall submit 3 full sets of the system documentation and user guides to the City for review as part of system acceptance. The final system and user documentation shall incorporate and address any City feedback. The Proposal shall describe these documents including the purpose, format, content, and scope of each, clearly and unambiguously. This documentation shall be for the following: Technical End user System Administrator

Page 23: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

23

7.0 TRAINING Selected Proposer shall provide simulated live multi-disciplined group training classes on-site for groups of 5-10 people on each module implemented. The training classes shall have adequate hands-on practical training. Proposer must offer multiple identical training sessions to account for the various staffing and shift assignments as well as make-up sessions. Proposer must describe the training course; identify any equipment and materials provided for the training classes. Specify a method to train future users. The price for the training classes shall be included in the cost Proposal. Proposal must include a sample of the proposed training curriculum and schedule along with the line item cost. Training classes may include personnel from GSD Leasing and Acquisition, Building Maintenance, Construction Forces, Mayor’s Office, ITA technicians, Planning Department, CAO, City Council Offices, Housing and Community Investment Department, EWDD, and BOE. The training plan must be defined as early as possible to allow the City adequate time to provide the appropriate staff for the knowledge transfer. NOTE: Proposer shall include a copy of the proposed training curriculum and schedule in the Proposal. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 24: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

24

8.0 GENERAL PROPOSAL CONDITIONS

8.1 Los Angeles Business Assistance Virtual Network (LABAVN) All information regarding this RFP will be posted on the LABAVN http://www.labavn.org. Proposers are responsible for checking LABAVN on a regular basis for updates regarding this RFP and for submitting the applicable contract compliance documents via LABAVN. Proposers must submit a statement with their Proposal stating they have made the submission to Contract Compliance. For assistance on how to use LABAVN download registration PDF by going to: http://www.labavn.org/misc/docs/BAVN_Registration.pdf (See also Exhibit 6 - LABAVN Registration Instructions.)

8.2 Declaration of Non-Collusion Each Proposal must have attached thereto the affidavit of the Proposer that such Proposal is genuine, and not a sham or collusion, or made in the interest or on behalf of any person, firm, or corporation not herein named; and that the Proposer has not directly or indirectly induced or solicited any other Proposer to submit a sham Proposal, or any other person, firm, or corporation to refrain from submitting a Proposal. Proposers shall submit a signed Non-Collusion Affidavit (Appendix A). No other form will be accepted.

8.3 Business Inclusion Program (BIP) Requirements It is the policy of the City to provide Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), Emerging Business Enterprise (EBE), Disabled Veteran Business Enterprise (DVBE), and all Other Business Enterprise (OBE) concerns an equal opportunity to participate in the performance of all City contracts. Proposers will assist the City in implementing this policy by taking all reasonable steps to ensure that all available business enterprises; including MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs, have an equal opportunity to compete for and participate in City contracts. Equal opportunity will be determined by the Proposer’s BIP outreach documentation, as described in Appendix B – Business Inclusion Program, of this RFP. Participation by MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs may be in the form of a prime contractor or as subcontractor. BIP outreach must be performed using the Los Angeles Business Assistance Virtual Network (www.labavn.org). A Proposer's failure to utilize and complete their BIP Outreach as described in Appendix B may result in their Proposal being deemed non-responsive. The BIP Outreach Process instructions are also attached for your reference, (Exhibit 7). http://www.labavn.org/misc/docs/BAVN_BIP_walkthrough.pdf

Page 25: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

25

8.4 Non-Discrimination/Equal Employment/Affirmative Action Plan Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section 10.8.2., Non-discrimination Clause.

Non-construction services to or for the City for which the consideration is $1,000 or more shall comply with the provisions of Los Angeles Administrative Code Sections 10.8.3., Equal Employment Practices Provisions. All Proposers shall complete and upload, the Non- Discrimination/Equal Employment Practices Certification (two (2) pages) available on the City of Los Angeles’ Business Assistance Virtual Network (BAVN) residing at www.labavn.org at the time it registers on BAVN but no later than the time when an individual Bid/Proposal is submitted. However, Proposers with Certifications previously uploaded to BAVN and verified by the Office of Contract Compliance (OCC) do not need to resubmit. Non-construction services to or for the City for which the consideration is $100,000 or more shall comply with the provisions of Los Angeles Administrative Code Sections 10.8.4., Affirmative Action Program Provisions. All Proposers shall complete and upload, the City of Los Angeles Affirmative Action Plan (4 pages) available on the City of Los Angeles’ Business Assistance Virtual Network (BAVN) residing at www.labavn.org at the time it registers on BAVN, but no later than the time when an individual Bid/Proposal is submitted. Proposers opting to submit their own Affirmative Action Plan may do so by uploading their Affirmative Action Plan onto the City’s BAVN. Proposers with current OCC approval for their Affirmative Action Plan do not need to re-submit unless the approval is thirty (30) days or less from expiration. Furthermore, subject subcontractors shall be required to submit the Non-Discrimination/Equal Employment Practices Certification and Affirmative Action Plan to the successful Bidder/Proposer prior to commencing work on the contract. The subcontractors’ Non- Discrimination/Equal Employment Practices Certification(s) and Affirmative Action Plan(s) shall be retained by the successful Bidder/Proposer and shall be made available to the Office of Contract Compliance upon request. Both the Non-Discrimination/Equal Employment Practices Certification and the City of Los Angeles Affirmative Action Plan Affidavit shall be effective for a period of 12 months from the date it is first uploaded onto the City’s BAVN. Proposers seeking additional information regarding the requirements of the C ity’s Non-Discrimination Clause, Equal Employment Practices and Affirmative Action Program may visit the Bureau of Contract Administration’s website at http://bca.lacity.org.

Page 26: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

26

8.5 Child Support Obligations Compliance Form The City of Los Angeles has adopted a Child Support Ordinance (Appendix C), requiring that all contractors and subcontractors performing work for the City comply with all reporting requirements and wage and earning assignments relative to legally mandated child support All Proposers shall complete and return with their Proposals the Certification of Compliance with Child Support Obligations (Appendix D).

8.6 Living Wage Ordinance and Service Contractor Worker Retention Ordinance Unless approved for an exemption, Contractors under contracts primarily for the furnishing of services to or for the City that involve an expenditure or receipt in excess of $25,000 and a contract term of at least 3 months, lessees and licensees of City property, and certain recipients of City financial assistance, shall comply with the provisions of Los Angeles Administrative Code Sections 10.37 et seq., Living Wage Ordinance (LWO) and 10.36 et seq., Service Contractor Worker Retention Ordinance (SCWRO). Proposers shall refer to Living Wage Ordinance (Appendix E) and Service Contractor Worker Retention Ordinance (Appendix E.1) for further information regarding the requirements of the Ordinances. Proposers who intend to subcontract any of their services must submit the Subcontractor Information Form LW-18 (Appendix E.2) and the Subcontractor Declaration of Compliance to Living Wage Form LW-5 (Appendix E.3). The LWO Employee Information Form LW-6 (Appendix E.4) will be required of any successful Proposer.

Proposers who believe that they meet the qualifications for one of the exemptions described in the LWO or SCWRO Lists of Statutory Exemptions shall apply for exemption from the Ordinance(s) by submitting with their Proposal the OCC Non-Coverage/Exemption Application Form LW-10 (Appendix E.5), the Non-Profit/One Person Contractor Certification of Exemption Form LW-13 (Appendix E.6) or the OCC Small Business Exemption Form LW-26A/B (Appendix E.7) and the SCWRO Application for Non-Coverage or Exemptions OCC/SCWRO-1 (Appendix E.8). As of July 1, 2015, Contractor Employers shall pay employees a wage of no less than $11.17 per hour with health benefits of $1.25 per hour or $12.42 per hour without health benefits. Such rates shall continue to be adjusted annually to correspond with adjustments to retirement benefits paid to members of the City Employment Retirement System (CERS).

Page 27: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

27

8.7 Equal Benefits Ordinance Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance (EBO). All Proposers shall complete and upload, the Equal Benefits Ordinance Affidavit (2 pages) available on the City of Los Angeles’ Business Assistance Virtual Network (BAVN) residing at www.labavn.org prior to award of a City contract valued at $5,000. The Equal Benefits Ordinance Affidavit shall be valid for a period of 12 months from the date it is first uploaded onto the City’s BAVN. Proposers do not need to submit supporting documentation with their bids or Proposals. However, the City may request supporting documentation to verify that the benefits are provided equally as specified on the Equal Benefits Ordinance Affidavit. Proposers seeking additional information regarding the requirements of the Equal Benefits Ordinance may visit the Bureau of Contract Administration’s web site at www.bca.lacity.org.

8.8 City’s Insurance Requirements Proposer shall not commence work under any contract with the City until all insurance required under this section of this RFP has been obtained and approved by the City. At Proposer’s own cost and expense, Proposer and each of its subcontractors shall procure and maintain the minimum insurance requirement for the term of the contract and any additional terms as outlined in Required Insurance and Minimum Limits (Appendix F). Proposer shall purchase policies of general liability and worker's compensation from companies authorized to transact business in the State of California by the Insurance Commissioner. The required insurance must be filed with City Administrative Office, Risk Management through the City's internet site, http://track4la.lacity.org/ that uses the standard insurance industry form, the ACORD 25 Certificate of Liability Insurance in electronic format. No work may be done pursuant to this contract until the specified documents have been approved by the City Administrative Officer, Risk Management Section.

8.9 Standard Provisions for City Contracts (Rev. 3/09) All contracts entered into as a result of this RFP are subject to the Standard Provisions for Personal Services Contracts (See Appendix G).

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 28: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

28

8.10 Indemnification – PSC 20 Except for the active negligence or willful misconduct of the CITY, or any of its Boards, Officers, Agents, Employees, Assigns and Successors in Interest, CONTRACTOR undertakes and agrees to defend, indemnify and hold harmless the CITY and any of its Boards, Officers, Agents, Employees, Assigns, and Successors in Interest from and against all suits and causes of action, claims, losses, demands and expenses, including, but not limited to, attorney's fees (both in house and outside counsel) and cost of litigation (including all actual litigation costs incurred by the CITY, including but not limited to, costs of experts and consultants), damages or liability of any nature whatsoever, for death or injury to any person, including CONTRACTOR'S employees and agents, or damage or destruction of any property of either party hereto or of third parties, arising in any manner by reason of the negligent acts, errors, omissions or willful misconduct incident to the performance of this Contract by CONTRACTOR or its subcontractors of any tier. Rights and remedies available to the CITY under this provision are cumulative of those provided for elsewhere in this Contract and those allowed under the laws of the United States, the State of California, and the CITY. The provisions of PSC-20 shall survive expiration or termination of this Contract. (See Appendix G)

8.11 Intellectual Property Indemnification – PSC 21 CONTRACTOR, at its own expense, undertakes and agrees to defend, indemnify, and hold harmless the CITY, and any of its Boards, Officers, Agents, Employees, Assigns, and Successors in Interest from and against all suits and causes of action, claims, losses, demands and expenses, including, but not limited to, attorney's fees (both in house and outside counsel) and cost of litigation (including all actual litigation costs incurred by the CITY, including but not limited to, costs of experts and consultants), damages or liability of any nature whatsoever arising out of the infringement, actual or alleged, direct or contributory, of any intellectual property rights, including, without limitation, patent, copyright, trademark, trade secret, right of publicity and proprietary information right (1) on or in any design, medium, matter, article, process, method, application, equipment, device, instrumentation, software, hardware, or firmware used by CONTRACTOR, or its subcontractors of any tier, in performing the work under this Contract; or (2) as a result of the CITY’S actual or intended use of any Work Product furnished by CONTRACTOR, or its subcontractors of any tier, under the Agreement. Rights and remedies available to the CITY under this provision are cumulative of those provided for elsewhere in this Contract and those allowed under the laws of the United States, the State of California, and the CITY. The provisions of PSC-21 shall survive expiration or termination of this Contract. (See Appendix G)

8.12 Contractor Responsibility Ordinance Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the provisions of Los Angeles Administrative Code Section 10.40 et seq., Contractor Responsibility Ordinance (CRO). Proposers shall refer to Appendix H, “Contractor Responsibility Ordinance,” for further information regarding the requirements of the Ordinance.

Page 29: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

29

All Proposers shall complete and return with their Proposal, the CRO Responsibility Questionnaire (Appendix H. )1 and the Pledge of Compliance with Contractor Responsibility Ordinance (Appendix H.2). Failure to return the completed questionnaire may result in a Proposer being deemed non- responsive.

8.13 Americans with Disabilities Act As covered under Title II of the Americans with Disabilities Act, the City of Los Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its Proposal, programs, services and activities. If an individual with a disability requires accommodations to attend a pre-Proposal conference or Proposal opening, please contact the Contract Administrator at least 5 working days prior to the scheduled event.

8.14 Slavery Disclosure Ordinance Unless otherwise exempt, in accordance with the provisions of the Slavery Disclosure Ordinance, any contract awarded pursuant to this RFP will be subject to the Slavery Disclosure Ordinance, Section 10.41 of the Los Angeles Administrative Code. All Proposers shall complete and upload the Slavery Disclosure Ordinance Affidavit (1 page available on the City of Los Angeles Business Assistance Virtual Network (BAVN) at www.labavan.org prior to the award of the City contract.

Proposers seeking additional information regarding the requirements of the Slavery Disclosure Ordinance may visit the Bureau of Contract Administration’s website at http://bca.lacity.org.

8.15 City Contracts Held Within the Past Ten Years The Los Angeles City Council passed a resolution on July 21, 1998 requiring that all proposed vendors supply in their Proposal a list of all City of Los Angeles contracts held by the Proposer or any affiliated entity during the preceding 10 years. All Proposers shall complete and return with their Proposal, the City of Los Angeles Contracts Held Within the Past Ten Years form (Appendix I). If the Proposer has held no City of Los Angeles contracts during the preceding 10 years, this must be stated on the form.

8.16 Proposer Workforce Information The City Council in consideration of the importance of preserving and enhancing the economic base and well-being of the City encourages businesses to locate or remain within the City of Los Angeles. This is important because of the jobs businesses generate and for the business taxes they remit. The City Council, on January 7, 1992, adopted a motion that requires Proposers to state their headquarter address as well as the percentage of their workforce residing in the City of Los Angeles. All Proposers shall complete and return with their Proposals the City of Los Angeles Proposer Workforce Information form (Appendix J).

Page 30: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

30

8.17 City Ethics Certification and Contributions Any bidder for a contract, as those terms are defined under the Contractor Responsibility Program provided for in Los Angeles Administrative Code Section 10.40.1, shall submit with its bid a certification, on a completed Bidder Certification CEC Form 50 as proscribed by the City Ethics Commission, that the bidder acknowledges and agrees to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance if the bidder qualified as a lobbying entity under the Ordinance. The exemptions contained in Los Angeles Administrative Code Section10.4.4 shall not apply to this subsection. Bidders may not make campaign contributions to and or engage in fundraising for certain elected City officials or candidates for elected City office from the time they submit the response until either the contract is approved or, for successful bidders, 12 months after the contract is signed. The bidder's principals and subcontractors performing $100,000 or more in work on the contract, as well as the principals of those subcontractors, are also subject to the same limitations on campaign contributions and fundraising. CEC Form 55 requires bidders to identify their principals, their subcontractors performing $100,000 or more in work on the contract, and the principals of those subcontractors. Bidders must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. Responses submitted without a completed CEC Form 55 shall be deemed nonresponsive. Bidders who fail to comply with City law may be subject to penalties, termination of contract, and debarment. Additional information regarding these restrictions and requirements may be obtained from the City Ethics Commission at (213) 978-1960 or ethics.lacity.org. All Proposers shall complete and return with their Proposals, the City Ethics Commission’s Bidder Certification CEC Form 50 (Appendix K), Prohibited Contributors (Bidders) CEC Form 55 (Appendix L), and Prohibited Contributors (Underwriters) CEC Form 56 (Appendix M).

8.18 Business Tax Registration Certificate In accordance with the City of Los Angeles Municipal Code, a Business Tax Registration Certificate (BTRC) is required of persons engaged in business activity within the City. The Office of Finance’s Tax and Permits Division, (213) 473-5901, has sole authority in determining a firm’s tax requirements and in issuing Business Tax Registration Certificates or Business Tax Exemption numbers. Accordingly, a firm’s current Business Tax Registration Certificate or Business Tax Exemption Number must be clearly shown on all invoices submitted for payment. The Proposer, in submitting this Proposal, acknowledges and accepts the above requirements and recognizes that no invoice will be processed for payment without inclusion of the Business Tax Registration Certificate or Business Tax Exemption Number.

Page 31: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

31

8.19 Contractor Evaluation Program At the end of the contract, the City will conduct an evaluation of the Contractor’s performance. The City may also conduct evaluations of the Contractor’s performance during the term of the contract. As required by Section 10.39.2 of the Los Angeles Administrative Code, evaluations will be based on a number of criteria, including the quality of the work product or service performed, the timeliness of performance, financial issues, and the expertise of personnel that the Contractor assigns to the contract. A Contractor who receives a “Marginal” or “Unsatisfactory” rating will be provided with a copy of the final City evaluation and allowed 14 calendar days to respond. The City will use the final City evaluation, and any response from the Contractor, to evaluate Proposals and to conduct reference checks when awarding other personal services contracts.

8.20 Local Business Preference Program This program is subject to the policies and requirements established by the City Council and the City of Los Angeles (City) Mayor’s Office, Ordinance No. 181910, Article 21, Sections 10.47, et esq. of the Los Angeles Administrative Code. The City is committed to maximizing opportunities for local businesses, as well as encouraging local businesses to locate and operate in Los Angeles County (County). It is the policy of the City to prevent unemployment, encourage an increase in local jobs, and create high road economic development. The Local Business Preference Program (LBPP) aims to benefit the City by increasing local jobs and expenditures within the private sector. The LBPP is set forth herein. Bidders should be fully informed of this program. To be eligible for participation in this program, Proposers who meet the program’s requirements must submit with their Proposal, the Local Business Certification Affidavit of Eligibility (Appendix N).

8.21 Iran Contracting Act of 2010 In accordance with California Public Contract Code Sections 2200-2208, all bidders submitting Proposals for entering into or renewing contracts with the City of Los Angeles for goods and services estimated at $1,000,000 or more are required to complete, sign and submit, along with their proposal, the Iran Contracting Act of 2010 Compliance Affidavit (Appendix O).

8.22 First Source Hiring Ordinance Unless approved for an exemption, contractors under contracts primarily for the furnishing of services to or for the City, the value of which exceeds $25,000 with a term of at least 3 months, and certain recipients of City Loans or Grants, shall comply with the provisions of Los Angeles Administrative Code Sections 10.44 et seq., First Source Hiring Ordinance (FSHO). Proposers shall refer to Appendices P and Q, for further information regarding the requirements of the Ordinance.

All Proposers shall complete and upload the First Source Hiring Ordinance Affidavit (1 page) available on the City of Los Angeles’ Business Assistance Virtual Network (LABAVN) at http://www.labavn.org/ prior to award of a City contract. The First Source

Page 32: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

32

Hiring Ordinance Affidavit shall be valid for a period of 12 months from the date it is first uploaded onto the City’s BAVN.

Proposers seeking additional information regarding the requirements of the First Source Hiring Ordinance may visit the Bureau of Contract Administration’s web site at http://bca.lacity.org.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 33: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

33

9.0 DEADLINE FOR SUBMISSION OF PROPOSAL Materials in response to this RFP must be delivered in person or by courier service and received by 4:00pm (Pacific Time), December 17, 2015, at the following address:

Amy Benson, Contract Administrator Department of General Services 111 East First Street, Suite 201 Los Angeles, CA 90012 E-mail:[email protected]

The label must clearly identify the RFP for which the Proposal is submitted with the following or a similar statement: “Proposal for Asset Management System” Proposals must be received by the City of Los Angeles Department of General Services on or before the submission deadline. The deadline will not be extended for failure on the part of a delivery or messenger service. Any Proposal received after the deadline, regardless of reason, will not be accepted. All Proposals delivered after 4:00 p.m. on the due date will not be evaluated. The addition of substantive supplemental information or modifications to the Proposal will not be allowed after the submission deadline. The City reserves the right to determine the timeliness of all Proposal submissions. All Proposals submitted will be marked with a time and date stamp. Timely submission of Proposals is the sole responsibility of the Proposer. Proposals may not be submitted via U.S. Mail, fax, or e-mail.

9.1 Anticipated Project Timeline Mandatory Proposers Conference November 17, 2015

Proposal Submission Deadline December 17, 2015

Business Inclusion Program Deadline December 18, 2015 Interviews February 9-12, 2016

Proposer Selection February 25, 2016

Contract Approval May 15, 2016

Projected Start Date June 30, 2016

Page 34: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

34

10.0 EVALUATION PROCESS AND CRITERIA 10.1 Evaluation of Proposals The Selection Committee will review and score the written Proposals. The Proposers with the highest scores will be invited to interview and present a live demonstration of the system. The finalists will be given written scripts containing actual City data and scenarios to use as part of their demonstration for each module, including storage and reporting of the data and interface/integration systems (as necessary). The finalists will be given approximately 4 to 5 weeks to prepare for the live demonstration. Finalists should be prepared to spend an 8-hour day to conduct the demonstration and answer questions. SELECTION CRITERIA POINTS Contractors Demonstrated Ability to Complete Project

200

System Design

250

Compliance w/System Hardware Specifications

250

References

150

Cost Proposal

150

Total Possible

1000

Total Evaluation Criteria Points based on Written Proposals = 1,000 Should your company be selected to interview and provide a demonstration presentation, an additional 1000 point scale will be used. INTERVIEWS AND DEMONSTRATION CRITERIA POINTS Demonstrated Functionality

300

Features and System Capability

300

Architecture

200

Work-Around Processes, if any

200

Total Possible

1000

Page 35: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

35

10.2 Proposal Protest The City will notify all Proposers of the contract award recommendation. Any protest to a Proposal award(s) must be submitted in writing to the Contract Administrator at the address shown below, by certified mail or personal delivery, within 7 calendar days of the mailing date of the notice of contract award recommendation. Proposers may appeal procedural issues only.

The procedure and time limits set forth in this section are mandatory and are the Proposers’ sole and exclusive remedy in the event of a protest. Failure by a party originating a protest to comply with these procedures shall constitute a waiver of any right to further pursue the protest, including filing a Government Code claim or legal proceedings. At a minimum, any written protest document must include the following:

1. Name, address, and telephone number of the protesting party. 2. Name of this RFP. 3. Detailed statement of the legal and factual grounds of the protest, including

copies of all relevant documents. The statement must also refer to the specific portion of the documents that form the basis of the protest.

4. Request for a ruling from GSD. 5. Statement as to the form of relief requested.

Protest and attached documentation must be sent to the following address:

Valerie Melloff, Asst. General Manager Department of General Services 111 East First Street, Suite 712

Los Angeles, CA 90012

The Municipal Facilities Committee (MFC) may hold a hearing at a public meeting of that body. The MFC shall make a final determination with respect to the protest within 30 days of receipt of the protest and shall award the contract or reject all Proposals. This decision of the MFC shall be final.

10.3 Award of Contract GSD will present a recommendation on award of the contract to the City of Los Angeles’ Municipal Facilities Committee at a public meeting of that body. The selected Proposer will be required to enter into a written contract with the City of Los Angeles in a form approved by the City Attorney. The General Manager of the General Services Department will execute the contract on behalf of the City. This RFP and the Proposal, or any part thereof, may be incorporated into and made a part of the final contract. However, the City reserves the right to further negotiate the terms and conditions of the contract with the selected firm(s). The contract will, in any event, include fee schedules to be paid by the City for the Firms to perform the services as provided herein under "Scope of Services."

Page 36: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

36

11.0 PROPOSAL SUBMISSION REQUIREMENTS A standard format for Proposal submission has been developed. It is the responsibility of each Proposer to include the requested information in the appropriate section. Content and sequence of Proposal must be organized, labeled and tabbed as outlined below. Item Number

RFP Section Proposal Submission Organization

I. 11.2 Cover Letter II. 11.3 Table of Contents

III. 11.4 Executive Summary IV. 11.5 Proposer Qualifications and Profile V. 11.6 Financial Condition

VI. 11.7 Experience Implementing AMS VII. 11.8 References

VIII. 2.1, Exhibit 1 Asset Management System Requirements IX. 2.3 Technology Requirements

X. 3.0 System Modules (Mandatory, Secondary, and Add-ons) XI. 2.4 Functional Requirements Questions

XII. 2.5, Exhibit 4 System Compatibility Requirements XIII. 7.0, 11.9 Proposed Training Course and Curriculum XIV. 11.10 Proposed Warranties, Maintenance and Technical

Support Services XV. 4.0 Hosting Options Descriptions

XVI. 4.1, 11.11.1, Exhibit 3

Cost Proposal – City Hosting

4.2, 11.11.2 Exhibit 3

Cost Proposal – 3rd Party Hosting

XVII. 11.12 Cost Assumptions XVIII. 5.1-5.3 Redundancy/Stability/Support/Updates

XIX. 11.13 Implementation Plan XX. 11.14 Project Plan

XXI. 6.0, 11.15 System Documentation XXII. 11.16 Key Personnel

XXIII. 11.17 Additional Information XXIV. 8.0, 11.18,

Appendices Required City Documents

11.1 Proposals to be submitted in writing All Proposals must be submitted in writing, double-sided, Ariel font size 12. The original Proposal together with 9 complete copies with a USB key included with each copy must be submitted by the deadline. The original must be marked “Original” on the cover and must bear “wet” signature(s) of the person(s) authorized to sign the

Page 37: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

37

Proposal. The copies must be numbered on the upper right hand side of the cover to indicate “Copy No. ______”. Proposal must be submitted in 3-ring binders. Specialized coverings, paper clips, spiral binding are unacceptable. Proposer must complete and return all applicable documents, forms, exhibits and appendices. City may deem a Proposer non-responsive if the Proposer fails to provide all required documentation and copies. 11.2 Cover Letter Each Proposal must be accompanied by a cover letter limited to 2 pages that identifies the legal business status (e.g., individual, partnership, corporation, etc.), address, telephone number, fax number, and email address of the Proposer. The cover letter must contain a general statement of purpose for submission. The cover letter must indicate the name, title, address, and telephone number of the person or persons authorized to represent the Proposer in order to enter into negotiations with the City with respect to this RFP and any subsequent awarded contract. The cover letter must also indicate any limitation of authority for any person named. The cover letter must be signed by a representative or officer of the Proposer who is authorized to bind the firm to all provisions of the RFP. Said representative must also have authority to make subsequent changes to the contract if an award is made. If the Proposer is a partnership, a general manager must sign the Proposal in the name of the partnership thereof. If the Proposer is a corporation, the Proposal must be signed on behalf of the corporation by 2 authorized officers (a Chairperson of the Board, President or Vice President, and a Secretary, Treasurer, or Chief Financial Officer) or by an officer authorized by a resolution of the Board of Directors to execute such documents on behalf of the corporation. The corporate seal must be affixed. Proposals submitted by consortiums, joint ventures, or teams will not be considered responsive unless it is established in the Proposal that all contractual responsibility rests solely with one member of the group or one legal entity. The Proposal shall clearly identify the responsible entity. All above signatures shall be original and written in ink. Corporations must affix their corporate seal to the cover letter submitted with the Proposal. Failure to do so will render the Proposal as non-responsive.

11.3 Table of Contents The Proposal must include a Table of Contents listing, at a minimum, the Proposal sections required by this RFP, with page numbers.

11.4 Executive Summary The Executive Summary must contain an overview of the Proposer that demonstrates an understanding of the City’s requirements. It must also include descriptions of the features of proposed system that demonstrate how the system meets the requirements, as well as a summary of the Proposer’s relevant background and experience.

Page 38: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

38

11.5 Proposer Qualifications and Profile

1. Proposer should have 5 years of experience implementing AMS solutions for private and/or government entities that manage 10,000,000+ gross square feet of real property (this may include any quasi-governmental entities which are partially controlled by a federal, state and/or municipal governmental entity)

2. A brief history of your organization, the year founded, form of the organization (corporation, partnership, sole proprietorship).

3. Indicate the number of years that your organization has been in business 4. List any industry achievements/awards that the organizations or its employees

have been awarded. 5. Highlight the participation in such work by the key personnel proposed for

assignment to this project. 6. Describe the firm’s success in completing similar projects on time. Particular

emphasis should be placed on projects of similar size and completed in a government setting.

7. Identify subcontractors by company name, address, contact person, telephone number, and project function. Describe your firm’s experience working with each subcontractor, and include references for at least two similar projects completed with said subcontractor.

11.6 Financial Condition Provide audited annual reports and/or financial statements for each of the last 3 fiscal years. List and disclose any bankruptcy, pending litigation, planned office closures, or any impending mergers. Provide any additional information about the firm’s financial condition that may relate to its ability to complete the project.

11.7 Experience Implementing AMS Please provide the following information regarding AMS Systems that you have implemented within the last 5 years, similar to that which you propose for the City. Include any federal, state, county, city and/or municipal governmental entities, including any quasi-governmental entities which are partially controlled by a federal, state and/or municipal governmental entity.

• Agency name • Address/Location • Source of funding for installation project (if known) • Point of contact • Phone number • Describe installation • Number of facilities • Date of installation

Page 39: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

39

11.8 References This Proposal shall describe the Proposer’s past experience with similar undertakings as described in this RFP and provide the following:

• Name of organization, contact person, email address, mailing address and telephone number.

• Dates and periods during which the indicated service was provided. • The extent and exact nature of the service(s) rendered. • Identify the name of the organization, contact person(s), email address, mailing

address, and telephone number(s). NOTE: Proposal must include a statement expressly authorizing the City to contact any identified individuals listed as references and to request information on the performance of the Proposers.

11.9 Proposed Training Courses and Curriculum Proposer shall address the City’s initial and ongoing training requirements described in Section 7.0 and include the proposed training course description(s) and curriculum.

11.10 Proposed Warranties, Maintenance and Support Services The Proposal shall describe the proposed warranties and support that will be offered and specify the terms and conditions associated with such an offer and how it may impact the GSD’s operations.

11.11 Cost Proposal Proposer must provide an estimate for each item noted in Section 2.0 Scope of Services and in Section 4.0 Hosting. The estimate provided must contain a cost breakdown that lists and defines all costs for services being requested pursuant to this RFP. Proposer shall respond to all pricing as a “Fixed Price” in this Proposal; this shall be for all costs related to equipment/hardware, material, software, training, configuration, implementation and installation. Pricing shall include all required software licenses, whether proprietary or third-party, throughout the term of the contract.

• Proposers must complete the Compensation Worksheet (Exhibit 3) • All prices shall be listed as line items. • The total proposed cost for the entire project shall also include taxes and

shipping. The contract shall be fixed-priced with progress payments linked to Proposer’s successful completion of specified milestones that shall be agreed during contract negotiations with the successful Proposer. The City reserves the right to withhold 10 percent of the final payment until the AMS system is operating successfully in the final production environment for at least 60 days. A final job review will be conducted to observe any unfinished work or discrepancies that may exist. Contractor shall remedy all such items prior to the release of the retention monies. The City reserves the right to select any payment structure that is in the City’s best interest. In this section of the Proposal, Proposers may provide information on expected payment terms.

Page 40: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

40

11.11.1 City Hosting

Proposers must provide a cost for Priority Level One and Priority Level Two modules, and services based on the City hosting the proposed system. Use the Compensation Worksheet (Exhibit 3) to indicate the cost for licenses, with options for additional users, enterprise licenses as well as annual maintenance costs. Breakdown proposed costs for on-site configuration, implementation, and training. Cost should also include standard reports and 25 customized reports. (See Exhibit 2 - Related Reports, for a list of reports that City may choose from for initial 25 custom reports.) Please describe the hardware/software requirements of the proposed system that will be required for the City to host the application.

11.11.2 Third-party Hosting Proposers must provide a cost for Priority Level One and Priority Level Two modules, and services based on a third-party hosting the proposed system.

Use the Compensation Worksheet (Exhibit 3) to indicate the cost for hardware, licenses, with options for additional users or an enterprise licenses as well as annual maintenance costs. Breakdown proposed costs for configuration, implementation, and training. Cost should also include standard reports and 25 customized reports. (See Exhibit 2 – Related Reports, for a list of reports that City may choose from for initial 25 custom reports.)

Please be specific on the City’s responsibilities and the responsibilities of the third-party hosting company.

11.12 Cost Proposal Assumptions Proposer shall document any cost assumptions made in developing the above price quotations.

11.13 Implementation Plan Proposer must provide a detailed implementation plan for a City Hosted System and for a Third-Party Hosted System. Each of the implementation plans must contain at a minimum the following:

• Description of the implementation • Points-of-Contact • Major Tasks to be performed • Timeline/Schedule for the major tasks • Staffing requirements • Training

Page 41: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

41

11.14 Project Plan The Proposal must include an anticipated performance schedule by phase indicating the plan for accomplishing the design, development, implementation, acceptance testing, training, and any other support proposed for completion of this project. This section should also show the personnel engaged in each task, the deliverables for each task, and the significant completion dates for each deliverable. Appropriate review periods shall be indicated. This section must also address the Proposer’s approach to project management. List any conflicts or projects that the team members will be working on during the contract period and which may affect the schedule for implementation.

11.15 System Documentation The proposed system must include complete system documentation. Proposers shall describe the documentation provided with the proposed system and furnish samples as part of their Proposal. See Section 6.0 for more information.

11.16 Key Personnel Proposer must identify the project manager(s), systems integrator, and project team members responsible for implementing this project. Include an organization chart showing the roles of key personnel and expected percentage project participation. The Proposer must provide and identify a single-point-of-contact for all work to be performed under the eventual agreement and work hand-in-hand with the GSD Project Manager. Proposal must list the following information for each project manager/team member:

• Full Name • Education, Training and/or Certifications • Number of years of experience working in the industry • Description of the work to be performed on the project • A list of relevant experience on similar types of project, scope, and size

designing and implementing an AMS solution for a government agency and the level of responsibility on the respective projects.

• Include résumés for key personnel If the City is dissatisfied with the performance, competence, capabilities, or fitness for a particular task of any staff member (whether an employee or contractor) assigned by Contractor to perform the Services, the City may request the replacement of such project staff member. If any key personnel leave the project for any reason, the Contractor shall allow for up to a 2-week transition/overlap of personnel, at no additional cost to the City. If the Proposer is able to provide staff for tasks that would otherwise be performed by the City (e.g., engineering), descriptions/skills and hourly rates for that staff may be included in the Proposal as separate line items. Proposers must also describe any City resource requirements, during the project term and for ongoing support.

Page 42: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

42

NOTE: The selected Proposer and its employees will be subject to background checks and must receive the appropriate clearance before being approved to work on this project. Proposer’s employees must sign a release form to allow background checks. Any individual that does not pass the background check will not be allowed to work on this project.

11.17 Additional Information In this section, the Proposal shall include any additional information the Proposer may wish to include as part of the Proposal. Proposers may provide a description of any competitive advantages in this section or any other relevant information the Proposer believes essential to assist in the evaluation of the Proposal.

11.18 Required City Documents City documents as referenced in Section 8.0 General Proposal Conditions shall be completed and submitted. Do not copy the City documents on company letterhead or alter the format of the documents to make it uniform with the rest of the Proposal. City documents must remain in their original format. All Proposers must sign up with www.LABAVN.org before attempting to download or submitting documents. Additional City documents may be required for this RFP and can be downloaded or submitted through www.LABAVN.org after you sign up. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 43: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

43

12.0 CONFIDENTIALITY AND RESTRICTIONS DISCLOSURE Proposers are advised that any contract awarded as a result of this RFP process will be subject to the following provisions:

12.1 Confidentiality and Restrictions on Disclosure All documents, records, and information provided by the City to the Contractor, or accessed or reviewed by the Contractor, during performance of this Agreement will remain the property of the City. All documents, records and information provided by the City to the Contractor, or accessed or reviewed by the Contractor during the performance of this Agreement, are confidential (hereinafter collectively referred to as “Confidential Information”). The Contractor agrees not to provide Confidential Information, nor disclose their content or any information contained in them, either orally or in writing, to any other person or entity. The Contractor agrees that all Confidential Information used or reviewed in connection with the Contractor’s work for the City will be used only for the purpose of carrying out City business and cannot be used for any other purpose. The Contractor will be responsible for protecting the confidentiality and maintaining the security of City documents and records in its possession.

The Contractor will make the Confidential Information provided by the City to the

Contractor, or accessed or reviewed by the Contractor during performance of this Agreement, available to its employees, agents and subcontractors, only on a need to know basis. Further, the Contractor will provide written instructions to all of its employees, agents and subcontractors, with access to the Confidential Information about the penalties for its unauthorized use or disclosure.

The Contractor will store and process Confidential Information in an electronic

format in such a way that unauthorized persons cannot retrieve the information by computer, remote terminal or other means.

The Contractor must not remove Confidential Information or any other

documents or information used or reviewed in connection with the Contractor’s work for the City from City facilities without written prior approval from the General Manager of GSD. The Contractor will not use, other than in direct performance of work required pursuant to the Agreement, or make notes of any home address or home telephone numbers contained in Confidential Information provided by the City that are reviewed during work on this Agreement. The Contractor will, at the conclusion of this Agreement, or at the request of the City, promptly return any and all Confidential Information and all other written materials, notes, documents, or other information obtained by the Contractor during the course of work under this Agreement to the City. The Contractor will not make or retain copies of any such information, materials, or documents.

Any reports, findings, deliverables, analyses, studies, notes, information, or data

generated as a result of this Agreement are to be considered confidential. The

Page 44: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

44

Contractor will not make such information available to any individual, agency, or organization except as provided for in this Agreement or as required by law.

The Contractor will require that all its employees, agents, and subcontractors

who will review, be provided, or have access to Confidential Information, during the performance of this Agreement, execute a confidentiality agreement that incorporates the provisions of this Section, prior to being able to access Confidential Information.

12.2 Document Control Procedure

The Contractor will develop and administer a document Control Procedure over documents flowing to and from the City, in such a manner as to ensure that the confidentiality requirements of this Section 12 are met. Each document will be controlled through the use of a Document Control Number.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 45: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

45

13.0 GENERAL PROPOSAL CONDITIONS

The submission of a Proposal pursuant to this RFP shall constitute acknowledgment and acceptance of all terms and conditions set forth herein. The City of Los Angeles reserves the right to reject all Proposals. Failure of the Proposer to submit the above-required documents with their Proposal may render the Proposal non-responsive and result in its rejection.

All Proposals submitted in response to this RFP shall become the property of the City of Los Angeles and will be a matter of public record, subject to the State of California Public Records Act (California Code Sections 6250 et seq.). Proposers must identify in writing all copyrighted material, trade secrets, or other proprietary information that the Proposers’ claim are exempt from disclosure under the California Public Records Act (CPRA). Any Proposer claiming such exemption must identify the specific provision of the California Public Records Act that provides an exemption from disclosure for each item that the Proposer claims is not subject to disclosure under the Act. Please note that the wholesale use of headers/footers bearing designations such as “confidential,” “proprietary,” or “trade secret” on all or nearly all of a Proposal is not acceptable, and may be deemed by the City as a waiver of any exemption claim. The identification of exempt information must be more specific.

In addition to the requested copies under Section 11.1 all Proposers must supply 1 unbound, complete duplicate copy of its Proposal with those specific items claimed as exempt clearly marked (redacted). This copy must identify what specific information (if any) in their Proposal that they claim, in good faith, is exempt from disclosure under the CPRA.

Any Proposer claiming such exemption must also state in the Proposal the following: “The Proposer agrees to indemnify the City and its officers, employees, and agents and hold them harmless from any claim or liability and will defend any action brought against the City for its refusal to disclose copyrighted material, trade secrets, or other proprietary information to any person making a request therefor.”

It is the intent of the City of Los Angeles to award a contract in a form approved by the City Attorney to the selected Proposer. The RFP and the contractor’s Proposal, or any part thereof, may be incorporated into and made part of the contract. The City reserves the right to further negotiate the terms and conditions of the contract. The City reserves the right to withdraw this RFP, to reject any Proposal for non-compliance or non-responsiveness with RFP provisions, or not to award a contract at any time because of unforeseen circumstances or if it is determined to be in the City’s best interest.

Page 46: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

46

13.1 Transfers, Joint Ventures and Use of Subcontractors Proposer shall not, without written consent of GSD assign, hypothecate, or mortgage any terms in a contract with the City or sublease or license any portion of the work. Any attempted assignment, hypothecation, mortgage, sublease, or license without the written consent of the General Manager of GSD shall render a contract null and void. Each and all conditions herein contained to be performed by Proposer shall be binding on any consented transferee thereof.

13.2 Information Requested and Not Furnished The information requested and, the manner of submission, are essential to permit prompt evaluation of all Proposals. Accordingly, the City reserves the right to declare as non-responsive and reject any Proposals in which information is requested and is not furnished or when a direct or complete answer is not provided.

13.3 Alternatives The Proposer shall not change any wording in the RFP or associated documents. Any explanation or alternatives offered shall be submitted in a letter attached to the front of the Proposal’s documents. Alternatives that do not substantially meet the City’s requirements cannot be considered. Proposals offered subject to conditions and/or limitations may be rejected as non-responsive.

13.4 Proposal Errors Proposer is liable for all errors or omissions incurred by Proposer in preparing the Proposal. Proposers will not be allowed to alter Proposal documents after the due date for submission.

13.5 Interpretation and Clarifications The City will consider prospective recommendations or suggestions regarding any requirements before the Pre-Proposal Conference. All recommendations or suggestions must be in writing and submitted to the Contract Administrator, Amy Benson. The City reserves the right to modify requirements on any RFP if it is in the best interest of the City.

13.6 Cost of RFP The City is not responsible for any costs incurred by Proposer for the preparation of the Proposal or any delays in processing the Proposals. All costs shall be borne by the Proposer.

Page 47: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

47

13.7 Must Contain Firm Offers Proposals must contain firm offers for all services to be performed for the duration of the proposed contract. The RFP and the resulting Proposals, or any part thereof, may be incorporated into and made a part of the contract. The City reserves the right to further negotiate the terms and conditions of the contract with the selected firm(s). The City also reserves the right to withdraw this RFP at any time, to reject all Proposals, to reject any Proposal for noncompliance with RFP provisions, or to choose not to award a contract if such action is determined to be in the best interest of the City and to waive any informality in the process when to do so is in the best interest of the City.

13.8 Withdrawal of Proposal A firm may withdraw a submitted Proposal in writing at any time prior to the specified due date and time. Faxed withdrawals will be accepted. A written request to withdraw, signed by an authorized representative of the firm, must be submitted to GSD at the address specified herein for submittal of Proposal. After withdrawing a previously submitted Proposal, the firms may submit another Proposal at any time up to the specified submission deadline. All Proposals submitted and not withdrawn prior to the end of the submission deadline shall be firm and may not be withdrawn after the submission deadline for a period of 90 days following the deadline for submission of Proposals specified in this RFP.

13.9 No Obligation Created This RFP is an invitation to respond only and is not and shall not be construed or deemed to be an offer or solicitation of an offer or agreement to provide services. It shall not in any manner be construed to be an obligation on the City to enter into a contract or result in any claim for reimbursement of cost for any efforts expended in responding to this RFP. The City also reserves the right to issue one or more contracts to cover one or all of the services. The City also reserves the right to utilize other brokers, consultants or City staff to supplement or review any services provided on behalf of the City. 13.10 Prohibition of Communication During RFP Evaluation Period Proposers are prohibited from requesting any meetings, conferences or technical discussions with City personnel until the contract for this RFP has been awarded. Failure to comply with this requirement will automatically terminate further consideration of that Firm's or individual's Proposal.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

Page 48: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

48

APPENDICES A - Affidavit of Non-Collusion B – Business Inclusion Program C – Child Support Ordinance D - Certification of Compliance with Child Support Obligations E - Living Wage Ordinance (LWO) and Service Contractor Worker Retention Ordinance (SCWRO)

E.1 - Service Contractor Worker Retention Ordinance E.2 - Subcontractor Information Form LW-18 E.3 - Subcontractor Declaration of Compliance to Living Wage LW-5 E.4 - LWO Employee Information Form LW-6 E.5 - Application for Non-Coverage or Exemption (Form OCC/LW-10) E.6 - Non-Profit/One Person Contractor Certification of Exemption Form (Form OCC/LW-13) E.7 - Small Business Exemptions Application (Form OCC/LW-26a) E.8 - SCWRO Application for Non-Coverage or Exemptions (Form OCC/SCWRO-1)

F – City’s Instructions and Insurance Requirements G – Standard Provisions for City Contracts (Rev. 3/09) H - Contractor Responsibility Ordinance

H.1 Contractor Responsibility Ordinance Questionnaire H.2. - Contractor Responsibility Ordinance Pledge of Compliance to the Ordinance

I – City Contracts Held within the Past Ten Years J - City of Los Angeles Residence Information Form K - City Ethics Commission’s Bidder Certification and Contributions Form 50 L – City Ethics Commission Form 55 M – City Ethics Commission Form 56

N - Local Business Preference Program O - Iran Contracting Act of 2010

P and Q - First Source Hiring Ordinance (FSHO)

Page 49: REQUEST FOR PROPOSAL - BidNet DATE RELEASED: November 3, 2015 . MANDATORY PRE-PROPOSAL MEETING: Tuesday, November 17 , 2015 , 1 p.m. City Hall South Conference Room First Floor 111

Asset Management System RFP

49

EXHIBITS Exhibit 1 – AMS System Requirements Exhibit 2 – Related Reports Exhibit 3 – Compensation Worksheet Exhibit 4 – Technology/Product Compatibility Chart Exhibit 5 – Abbreviations and Glossary of Terms Exhibit 6 – Los Angeles Business Assistance Virtual Network (LABAVN) Exhibit 7 – LABAVN – Business Inclusion Program (BIP) Outreach Process